Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOLICITATION NOTICE

R -- Management and Operation of a Turnkey Automated Fee Collection System at Death Valley National Park, California

Notice Date
11/18/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - LAME Lake Mead NRA 101 Katzenbach Drive Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
Q8137090002
 
Archive Date
11/18/2009
 
Point of Contact
Jill S. Clayton Supv. Contracting Officer 7022938909 jill_clayton@nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. The solicitation number is Q8137090002 and is issued as a Request for Quotes (RFQ). NAICS code: 561499. No paper copies will be sent. Notifications of any changes will be made as modifications to this announcement. To receive an award, vendor must maintain a current registration at www.ccr.gov.The National Park Service, Death Valley National Park, has identified a need for an Automated Fee Collection System as outlined below. The base year will run 1/1/09 to 12/31/09. A multi-year contract is anticipated. The proposed value of this contract, per year, is $250,000-500,000. STATEMENT OF WORK - MANAGEMENT AND OPERATION OF A TURNKEY AUTOMATED FEE COLLECTION SYSTEM, DEATH VALLEY NATIONAL PARK BACKGROUND. Under the provisions of Federal Lands Recreation Enhancement Act (FLREA), signed December 2004, implemented January 1, 2007, P.L. 108-447 and the A - 76 Most Efficient Organization mandate, Death Valley is authorized to contract for recreation fee collection services. The Government intends to enter into a firm fixed price contract to provide fee collection services for Death Valley National Park ("Park") for the base period beginning approximately January 1, 2009 through December 31, 2009 with 4 one year options. Collecting certain entrance and recreation use fees and law enforcement operations will remain the responsibility of the Government. The Contractor shall provide service as stated herein. PURPOSE AND USE. The purpose of this contract is for the management and operation of a turnkey automated fee collection system at Death Valley National Park. SCOPE OF WORK. The contractor shall provide all labor, supervision, signs, instructions, equipment, and incidentals necessary to perform fee collection services as defined in this Statement of Work Statement (SOW) for the Park. The Park shall provide the Contractor with National Park Service ("NPS") and Park guidelines and procedures as required to carry out the terms of this contract. CONTRACTOR PERSONNEL. 1) Uniform and Name Tag Requirements: The Contractor shall be required to furnish at his/her expense, uniforms, and name tags, approved by the Contracting Officer. The Contractor shall receive the required approvals prior to purchase of these items. 2) Contractor Services: The Contractor shall provide assistance to the Park in implementation of the automated fee collection procedures and annual training to Park staff at no additional cost to the Government. Patience, helpfulness, and courtesy shall be exercised at all times when dealing with the public and Park personnel. Personal Cleanliness and presentable appearance are required of all contract personnel. Contract personnel shall not use or be under the influence of alcohol and /or drugs at any time while performing services under this contract. 3) The Contractor shall bond each employee for protection from loss of receipts. The Contractor will provide documentation to the Contracting Officer showing these employees are bonded. 4) The Contractor shall designate one employee as the principal contact with Park Officials. OPERATING PLAN. The Contractor shall provide a written operating plan to be approved by the Contracting Officer prior to commencing services. QUALITY ASSURANCE. The Government may, at any time, perform unannounced audits of fees collected during the performance of this contract. The Contractor shall maintain a method of bookkeeping based on sound accounting principles. The Government may request collection if, during an audit, it is determined that any machine is up to 80% or more of its capacity. The Contractor shall provide the Contracting Officer the means necessary to receive details of all transactions, which have occurred on a machine since the previous collection from the machine. At a minimum, this shall consist of the software for the downloading of recorded activities and transactions to a Government laptop computer from a service port on each collection machine, unless otherwise agreed to in writing. PHYSICAL SECURITY. The collected fee revenues shall be secured by the Contractor until transferred to an authorized Government agent, as approved by the contracting Officer. Amounts collected must balance with the machine automated accounting system record of user fee permits or campground fee receipts dispensed. The Contractor shall be responsible for all monies collected, as well as the security thereof. The contractor shall reimburse the Government for any machine malfunction, shortage, or loss. HOURS OF OPERATION.1) The Fee Machines will be functioning twenty - four hours per day. Peak periods, such as Spring Break weeks, other winter holiday weeks and holiday weekends may require the Contractor to collect more frequently from machines that are reaching capacity and to be on hand to service machines. 2) If machines are out-of-service because they have reached capacity and collections have not been made, there has been component failure, or for any other reason, the Government may implement collection procedures as identified in the PERFORMANCE REQUIREMENTS SUMMARY, Technical Exhibit 1-1, paragraph 3.1, until the contractor places the machine(s) back into service. Contractor shall be responsible for cost incurred by the Government for such performance of work under this contract. DEFINITIONS. 1) Quality Control (QC). The body of requirements and activities incumbent on the contractor to assure that the services provided conform to contract quality requirements. It refers to the Contractor's plans, programs, inspections, and actions taken to produce performance results that meet contract objectives. 2) Quality Assurance (QA). A planned and systematic pattern of all government actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. 3) Quality Assurance Evaluator (QAE) or Contracting Officers Representative (COR). The Government's designated technical representative responsible for coordinating with the Contractor regarding technical matters, and performing compliance inspections or evaluations of Contractor services provided. 4) Maximum Error Rate (MER). The maximum number of performance defects allowed in the service sample size (period number of specific performance events) is required before the whole lot is judged to be unsatisfactory and causing a reduction in the contractor's payment for the specific performance and performance period. The maximum error rate is one per quarter or four per year. There will be a fine of 1% of their payment for that quarter for the second error and 2% of their payment for the third error. 5) Acceptable Quality Level (AQL). The level of contractor performance, with any permissible errors or defects (MER) at which a specific performance remains acceptable to the Government. Performances that meet the AQL generally entitle the Contractor to the maximum scheduled payment amount for the performance. Performances, which contain errors, or defects, which exceed the MER, are determined to be "unsatisfactory" and cause the monthly scheduled payment amount to be readjusted for the defective services. This is also referred to as the Performance Requirement (PR). The measurement will be based on the Maximum Error Rate. GOVERNMENT - FURNISHED PROPERTY AND SERVICES. No Government property will be furnished. CONTRACTOR - FURNISHED ITEMS AND SERVICES.1) Contractor shall furnish all labor, supervision, signs, instructions, equipment, supplies, material and transportation needed necessary to perform this contract according to all its terms and conditions. Equipment shall meet the section 508 accessibility standards required by the Americans with Disabilities Act. 2) ontractor and all equipment used shall meet the Payment Card Industry (PCI) Data Security Standards and any other IT requirements for the security of personal information. 3) Machine locations may be remote, dark, and unsecured, with potential for vandalism. Extreme weather conditions include, but are not limited to, dust, high temperatures, and no shade. SPECIFIC TASKS.1) The designated collection sites are located within the areas of concentrated public use. They are located in each of the five campgrounds: Furnace Creek, Sunset, Texas Spring, Stovepipe Wells, and Mesquite Springs; and throughout Death Valley National Park at Ranger Stations, Information Kiosks and at the Visitor Center. 2) The contractor has the option to determine how each automated fee collection machine is to be placed, but not the location of placement. Placement of automated fee collection machines must adhere to the NEPA standards and be passed by the Environmental Review Committee. The equipment shall be able to receive enough currency and provide change to the level necessary to meet high weekend and holiday demands. The table below shows the assigned minimum number by location at the beginning of the contract period. Machines must be accessible at normal vehicle heights in areas convenient for customer use and as approved by the Contracting Officer. 3) COLLECTION SITES:Furnace Creek Campground 1 machine $12.00 and $6.00 April 16 to October 14Sunset Campground 3 machines$12.00 and $6.00 Seasonal- weather and visitation dependent Texas Spring Campground 2 machines$14.00 and $7.00 Seasonal- weather and visitation dependentStovepipe Wells Campground 1 machine $12.00 and $6.00 Seasonal- weather and visitation dependentMesquite Springs Campground 1 machine$12.00 and $6.00 year roundFurnace Creek Visitor Center 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsStovepipe Wells Ranger Station 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsGrapevine Ranger Station 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsRyan Junction 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsHell's Gate Kiosk 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsZabriskie Point 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour PermitsBadwater Parking lot 1 machine $20.00 and $10.00 for Vehicle and Individual Permits $25.00, $75.00, $100.00, and $200.00 for Commercial Tour Permits 4) The latest date for the campground automated fee machines to be installed and operational is January 1, 2009. This date is dependent upon award of contract by December 21, 2008. If award is delayed beyond January 1, 2009, the installation date is extended accordingly. 5) The contractor shall determine the schedule of collections and servicing requirements of the machines. However, the Contractor shall collect recreation user fees from all machines at least once a week regardless of the amount accumulated. The need for sevicing the machines will depend upon visitation to the recreation areas and the number of machines. A minimum number of machines are needed to provide customer service. Final placement of machines shall be as directed by the Contracting Officer. The contractor shall operate the machines in specified Park Facilities, train and supervise its employees. 6) The Contractor shall monitor payment of fees by visitors. This shall include the issuance of written notices of failure to pay or notices directing the visitor to pay the correct fee. Methods employed such as wording of notices shall require prior approval of the contracting officer. All revenues due the Government and collected by the Contractor will be transferred to the Government account. Contractor shall provide a copy of each failure to pay notice to the Government for subsequent action. EQUIPEMENT SPECIFICATIONS.1) The Contractor shall furnish new automated fee collection machines in working condition. 2) All business operations conducted under this contract that involve coins or currency, including automated fee machines, shall be fully capable of accepting and dispensing $1 coins in connection with such operations ( Presidential $1 coin Act of 2005, Public Law (PL) No. 109-145). The Contractor will ensure that signs and notices are displayed denoting the capability of accepting and dispensing $1 coins with business operations on all premises where coins or currency are accepted or dispensed, including on each automated fee machine. 3) Automated fee machines shall provide, as a minimum, the following features: 1. U.S. coin and currency ($0.25, $1, $5, and $10), credit card and debit card acceptance. 2. Change return for overpayment. 3. 120 volt AC or battery operation, photovoltaic (solar) power compatible (Contractor provided, where necessary). 4. Easy to follow concise instructions for the user. 5. Campground fees are charged until 5 am each day. 6. Ticket number, time and date purchased, and amount paid with location of purchase, statement on where to receive their window sticker and park map,vehicle license plate, numbers, or space identified on permit for inserting license plate number, camp unit number for machines that dispense camp unit permits, and expiration date/time. 7. Multiple receipts for multiple vehicles parking in developed, multi-vehicle campsites. 8. Printed audit reports for funds collected, receipts issued, and vehicle license plate numbers: Government shall be able to access machines for audit purposes at any time. 9. Heavy Duty, theft and vandal resistant. 10. IBM PC compatible. CONTRACTOR OBLIGATIONS.1) The contractor shall be responsible for complete removal of fee collection equipment at the end of the contract. Excess installation material, including, but not limited to concrete, shall be deposed of at an approved landfill. 2) Protective shelters for the pay stations will be installed by the Contractor specifically to protect them from weather elements unique to the Death Valley environment at no additional cost to the Government. The instructions on the LED screens must be visible to the visitor during all times of the day. All proposals shall be submitted in writing for approval by the Contracting Officer prior to installation. 3) Road Closures: In the event a highway or access road is closed for construction or other reasons beyond the control of the National Park Service, and the Contractor is unable to access the collection sites via the normal route, the Contractor shall make arrangements to use an alternate route to the site or perform work outside the closure period. The Contractor is responsible for determining when highways and access roads will be open and plan work accordingly. 4) Site Closures: The Government reserves the right to close recreation sites for construction or rehabilitation, including, but not limited to, repaving roads and parking areas. FEE COLLECTION PROCEDURES - Transfer of Revenues: The Contractor shall transfer all revenues collected to the National Park Service by electronic banking, unless this method is not feasible due to unusual circumstances in which case payment will be made by check. Frequency of transfer to the Government shall be monthly. Each transfer shall be accompanied by the financial statement generated by the automated fee machine, break down of funds collected by type, refunds, and all other reports requested for the same period. A copy of the financial statement, shall be mailed to the contractor's designation, P.O. Box 579, Death Valley, CA 92328. PEFORMANCE REQUIREMENTS SUMMARY1) Each machine will be fully operational when placed into service. The absence or any contract requirement from the Performance Requirements Summary (PRS) shall not detract from its enforceability nor limit the rights or remedies of the Government under any other provision of the contract, including the clauses entitled "Inspection of Services" and "Default". 2) Surveillance method to be utilized by the Government will be site visits to assure that fee machines are operational and that routine retrieval of audit reports are completed from individual machines. GOVERNMENT QUALITY ASSURANCE.Contractor performance will be monitored to determine if it meets contract standards. The Government at any time will perform unannounced audits of fees collected during the performance of this contract. The Government may request collection if, during an audit, it is determined that any machine is up to 80% or more of its capacity. The collected fees shall be secured by the Contractor until transferred to an authorized government agent, as approved by the Contracting Officer. Amounts collected must balance with the machine automated accounting system record of user fee permits or campground fee receipts dispensed. The Contractor shall be responsible for all monies collected, as well as the security there of. The Contractor shall reimburse the Government for any machine malfunction, shortage, or loss. If machines are out of service because they have reached capacity and collections have not been made, there has been component failure, or for any other reason, the Government may implement collection procedures. The Contractor shall be responsible for costs incurred by the Government for such performance of work under this contract. PERFORMANCE EVALUATION. 1) Performance of a service will be evaluated to determine whether or not it meets the performance requirements of the contract. When the performance requirement is not met, a Contract Discrepancy Report (CDR) will be issued to the contractor by the contracting officer. All payments for services rendered by the contractor shall be based on contractor adherence to the performance work statement, pricing schedule, and criteria outlined in the Performance Requirements Summary (PRS) above. Satisfactory performance is that which meets or exceeds the listed acceptable quality level (AQL) or performance requirement (PR) tabulated for the referenced performances. These are the quality standards that must be satisfied in order for the contractor to receive the maximum monthly payment for the particular services. Performances found to be "defective" or "out of compliance" through government quality assurance evaluations shall be considered "unsatisfactory" and subject the contractor to a payment reduction for that portion of the services provided. 2) If the Government discovers a machine is nonfunctional, Contractor will be notified by telephone. Contractor response time to initiate repairs at the machine location shall not exceed three (3) hours after notification. During downtime, the Government may initiate collection procedures utilizing Government employees and resources and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service. Contractor response time starts at time the telephone notification is made to the Contractor's authorized service number. CONTRACTOR PAYMENT1) For service that meets the performance requirement, the contractor shall be paid the percentage stated in the contract, which includes any bank charges/credit card fees, etc. 2) If performance of a service fails to meet the performance requirement for a service, an adjustment will be made to the payment. 3) When it is necessary for the Government to collect fees due to machine malfunction the Contractor will not be paid the percentage of the total fees collected for the funds that were collected by the Government. This contract will be for one year with the possibility of four, one-year options. The National Park Service has the right to not exercise options. Award will be made based on best value to the government. QUOTES: Provide a quote which gives the following information: 1) Percentage of fixed fee for amounts up to $400,000 in fees collected ______________ 2) Percentage of fixed fee for amounts over $400,000 in fees collected ______________ Also include a list of references which demonstrate your successful past experience of relevant jobs that compare favorably to the work offered in this project. List contracts and other pertinent work to describe how your experience is relevant to the requirements of this solicitation. Attach additional documents as needed. If you have no relevant experience, you must state that in order to qualify for a neutral rating. 3) Complete the following information: PART 1 FINANCIAL DATA AS OF ___________ CURRENT ASSETS $___________ CURRENT LIABILITIES $___________ NET WORTH $___________ 4) PART II - EXISTING COMMITMENTS (provide information on each commitment) CONTRACT NUMBER: AMOUNT: AGENCY/OWNER: CONTACT: NUMBER: DESCRIPTION OF WORK: PERFORMANCE PERIOD 5) PART III - PAST PERFORMANCE & RELEVANT EXPERIENCE CONTRACT NUMBER: AMOUNT: DESCRIPTION/LOCATION: CONTACT NUMBER: SPECIFIC AREAS OF EXPERIENCE WHICH RELATE TO THIS PROJECT: Failure to provide these items may result in non-consideration of your offer. Quotes are due December 18, 2008, by 2 PM (PDT). Quotes may be faxed to Jill Clayton at 702-293-8626 or e:mailed to Jill_Clayton@nps.gov. The FAR provisions at 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders - Commercial Items and any applicable addenda to these five provisions, apply to this acquisition. FAR provisions may be found at http://www.arnet.gov/far EVALUATION FACTORS FOR AWARD: The Government will award the contract to the responsible Offeror whose quote will be most advantageous to the Government, price and other factors considered. Technical is equal to price. Technical: 1) Past performance work on similar services for a Federal Government Agency 2) Experience working in remote areas
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=477b4c5b0cc077a5f4c86fe8aa1c3ce4&tab=core&_cview=1)
 
Place of Performance
Address: Death Valley NP, California<br />
Zip Code: 92328<br />
 
Record
SN01706556-W 20081120/081118221033-477b4c5b0cc077a5f4c86fe8aa1c3ce4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.